Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 16, 2006 FBO #1663
SOLICITATION NOTICE

J -- Service Maintenance and Repair on various medical equipment in the Naval Medical Center San Diego

Notice Date
6/14/2006
 
Notice Type
Solicitation Notice
 
Contracting Office
N00244 Naval Base 937 North Harbor Drive San Diego, CA
 
ZIP Code
00000
 
Solicitation Number
N0024406R0031
 
Response Due
6/23/2006
 
Archive Date
7/23/2006
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the ONLY SOLICITATION and no written solicitation (RFP) will be issued however; interested contractors/offerors may contact Evelyn Atienza via e-mail and request the following: 1. Performance Work Statement (PWS) 2. Exhibit 1 (Equipment Inventory listing) 3. Format for pricing schedule and Wide Area Workflow Instructions and table The solicitation, number N00244-06-R-0031 is issued as a Request for Proposal (RFP). An electronic copy of this RFP/synopsis can be accessed at http://www.neco.navy.mil. This RFP document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-09 and Class Deviation 2005-o0001 and Defense Federal Acquisition Regulation Supplement (DFARS) current through 20060519 Edition. This acquisition is a competitive and unrestricted action. The NAICS code is 811310 and the business size standard is 6M. The fleet and Industrial Supply Center San Diego (FISCSD) requests response from qualified sources capable of providing full service maintenance on various Naval Medical Center San Diego and Branch Medical Clinic?s government owned equipment to industry standards and to include electrical safety test. Provide all services, materials and equipment necessary for the repair/maintenance to dependable and reliable equipment operation to include furnishing of all labor and parts. The proposed contract will be a firm fixed price with a base year and three, one-year option. Period of Performance as follows: Base Year: 1 October 2006 through 30 September 2007 Option Year One: 1 October 2007 through 30 September 2008 Option Year Two: 1 October 2008 through 30 September 2009 Option Year Three: 1 October 2009 through 30 September 2010 Contractors/Offerors interested in submitting their proposal are requested to contact the Contract Specialist listed below via e-mail only. Facsimile and Telephone inquiry/ responses will not be accepted. Ms. Evelyn Atienza E-mail: evelyn.atienza@navy.mil. The following FAR and DFARS provisions and/or clauses as well as local clauses are applicable to this procurement. It is the contractor?s responsibility to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: www.acqnet.gov/far and http://www.acq.osd.mil/dpap/dfars/index.htm. Contact the Contract Specialist to obtain the full text of all local clauses. DFARS 252.204-7004 ?Required Central Contractor Registration? applies. Lack of registration in the CCR database will make an offeror INELIGIBLE FOR AWARD. Please ensure compliance with this regulation when submitting your quote. Call 1-888-227-2423 or visit the Internet at http://www.ccr.gov/ for more information and/or to register in the CCR. The provision at FAR 52.212-1, Instructions To Offerors ? Commercial Items (January 2004) applies. This provision contains the guidelines for submission of proposals/quotes. The provision at FAR 52.212-2, Evaluation ? Commercial Items (January 1999) applies. 1) The Government plans to award a contract resulting from this solicitation to the responsible Offeror whose offer conforming to the solicitation will be most advantageous to the Government price and other factors considered. The following factors shall be used to evaluate offers: a) Capability to Perform b) Past Performance c) Price 2) Proposals will be evaluated against each factor in the priority order above. Only those offers that are determined ?Technically Acceptable under Factor (a) " Capability to Perform " will be evaluated under Factor (b) Past Performance. Only those Offerors that are ?Technically Acceptable under Factor (b) Past Performance will be evaluated under Factor (c) Price. 3) The Price evaluation will include the award year and all option years. If an Offeror does not price, the Base and all option years the offer will be removed from consideration for award. Award will be made to the Low Price Technically Acceptable Offer. 4) At the discretion of the Contracting Officer, the Government intends to evaluate proposals and award a contract without discussions with Offerors. Each initial offer should, therefore contain the Offeror?s best terms from both a price and technical standpoint. 5) By submitting a signed proposal under this solicitation, Offeror asserts that it is technically capable of performing the statement of objectives and all aspects of this contract. The Contracting Officer will validate Offerors technical capability to perform by verifying that the Offeror has financial resources, organization and facilities required to perform the contract. Technical Capability to Perform represents MINIMUM acceptable criteria. Under this factor, offers will be determined to be either technically acceptable or unacceptable. Failure to be determined technically acceptable under any factor will render the entire offer unacceptable. The Proposal Requirements that will establish the basis for determination of technical capability to perform are listed below: a) The offer shall submit a Service Vendor Qualification Plan that details how all work shall be performed by service personnel with original equipment manufacturer service training on the equipment in Exhibit 1. Service personnel shall have sufficient experience to demonstrate proficiency in maintenance of equipment in Exhibit 1. Experience of less than 3 years working on a class of equipment, or 1 year on the specific make and model may not be sufficient to indicate experience. Substantially more time may be required based upon the technology involved. Occasional experience with a limited set of equipment does not meet the requirements of this contract. In the technical proposal, the offeror shall describe the qualifications of the service personnel proposed for each equipment manufacturer. The offeror shall detail all proposed subcontracts. The offeror shall describe the management approach and quality control system that will be used to ensure successful contract performance. b) The offer must provide a Equipment Coverage Capability Plan that details how they plan to maintain and repair all the equipment listed in Exhibit 1 (Equipment Inventory listing). c) Past Performance: Offerors shall submit information on not more than 3 contracts that demonstrate that they have successfully performed efforts of similar size, scope and complexity during the past 3 years. The information shall describe the contract effort, dollar value and complextiy; the offeror shall also provide the contract number amd point of contact (to include name, telephone number and e-mail address for the point of contact). Past Performance will be rated as Technically Acceptable, Technically Unacceptable or Neutral. General Instructions for Submission of Proposal Compliance with RFP instructions. The Government will assess the extent to which each Offeror complies with the instructions in this RFP. The Government will consider any failure to comply with these instructions to be indicative of the business conduct that it can expect during contract performance and a lack of capability to perform satisfactorily. The total pages of the Technical proposal and Past Performance information shall not exceed 25 Pages. IMPROTANT: Facsimile proposals are not authorized and WILL NOT be considered for award. Submission of Proposals ? Format Responses to this offer are required in both written proposal and electronic format. Offerors shall ensure that the evaluation factors identified herein are adequately addressed in their proposal submissions. The overall proposal shall consist of three (3) physically separate parts, individually titled Parts 1, 2 and 3. Individual volumes shall contain the following: Quantity Part 1 - Solicitation & Signed SF 1149 Electronic Copy and 1 Hard copy All Signed Amendments (SF30s) Part 2 Service Vendor Qualification Plan Electronic Copy and 4 Hard copies Equipment Coverage Capability Plan Past Performance Information Part 3 Subcontracting Plan Electronic Copy and 4 Hard copies Each volume of the proposal shall be contained in a three-ring loose-leaf binder, and provided in the number of copies shown above. Parts and/or Subfactor sections of the binder shall be tabbed for ease of identification. Offerors shall attach a binder cover sheet to the outer cover of each volume identifying volume number, name and copy number. Request for Proposals Number; Date of Submission; and Offeror?s Name. Use tab indexing to identify all sections within a particular proposal volume. Do not include writing on the tab index page other than that required to identify the particular section. Offeror?s written proposal shall be prepared on standard 8.5 x 11 inch paper in portrait orientation (charts may be landscaped). All pages of each proposal shall be appropriately numbered and identified with the solicitation number. For ease of reference, each Offeror shall use a page numbering system. Consecutive page numbering with tabs is preferred (e.g., Page 4-5 identifies Tab 4 Page 5). In addition, for document control purposed, all proposal amendments provided after the initial proposal shall be submitted as page changes with each page identified by amendment number and date as well as by page number. Proposal pages shall be printed on one side and punched with a 3-hole punch along the left margin. Each page shall have a one-inch margin at the top, the bottom and on each side. Page numbers, notations of proprietary information and any other identifying information printed on each page are excluded from the margin requirement. Should the Offerors require fold-out pages, one fold-out page shall not exceed either 8.5 x 22 inches of 17x 11 inches, which when folded in half will be no larger than 8.5 x 11 inches. Print must be spaced at 6 lines per inch. Text font must be no smaller than 12 point. Text included on figures and/or matrices may be reduced to 8 point. To facilitate evaluation, proposals shall be clearly and concisely written, and should be neat, indexed (cross-indexed, as appropriate) and logically assembled. Each proposal volume may include an executive summary. In addition to the specific requirements for each volume, the Offeror may provide other narrative or supporting materials (e.g., matrix, charts or graphics) considered necessary for the Government to fully understand the proposal. . For control purposes, each copy of the proposal shall be numbered. The Government will not reimburse the costs of preparing or submitting a proposal. Any proprietary information being submitted should be clearly marked as such. On-site visit is available upon request. Contact HMC Cayetano via e-mail, cicayetano@nmcsd.med.navy.mil. The provision at FAR 52.212-3 Offeror Representations And Certifications ? Commercial Items, (January 2005) This provision is a fill-in and Offerors must complete all applicable portions and submit the completed copy with its quote. To obtain a copy, please contact Ms. Evelyn Atienza. NOTE: Vendor is required to use the web-based Online Representation and Certifications Application (ORCA) for this solicitation. If you are currently registered in the Central Contractor Registration (CCR), access your account in CCR, and enter a Marketing Partner ID Number (MPIN). Then login to ORCA to add your ORCA record. The ORCA website is http://orca.bpn.gov/login.aspx. Your MPIN takes 24 to 48 hours, after your registration in CCR, to be activated in ORCA, so you are encouraged to complete this entire process in sufficient time so that your proposal can be submitted on time. Other incorporated FAR, DFARS Clauses and Provisions and Local Clauses apply are as follows: FAR 52.212-4,! Contract Terms And Conditions ? Commercial Items (October 2003), 52.212-5, Contract Terms And Conditions Required To Implement Statutes Or Executive Orders ? Commercial Items (January 2005), 52.222-3, Convict Labor (June 2003)(E.O. 11755), 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jan 2006), 52.222-21, Prohibition of Segregated Facilities (Feb 1999), 52.222-26, Equal Opportunity (Apr 2002)(E.O. 11246), 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001)(38 U.S.C. 4212), 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998)(29 U.S.C. 793), 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001)(38 U.S.C. 4212), 52.219-9, Small Business Subcontracting Plan (Jul 2005), 52.222-48, Exemption from Application of Service Contract Act Provisions for Contracts for Maintenance, Calibration, and/or! Repair of Certain Information Technology, Scientific and Medical and/ or Office and Business Equipment-Contractor Certification (Aug 1996), 52.217-8, Option to Extend Services (Nov 1999), 52.217-9, Option o Extend the Term of the Contract, FAR 52.247-34 FOB Destination, L331 Review Of Agency Protests (Mar 2000) (Local Clause), L332 Unit Prices (Oct 2001) (Local Clause), DFARS 252.212-7001, Contract Terms And Conditions Required To Implement Statutes Or Executive Orders Applicable To Defense Acquisitions Of Commercial Items (Jan 2004), 252.219-7003, Small, Small disadvantaged and women ?owned small business subcontracting plan (DOD Contracts) (Apr 1996), and 252.232-7003 Electronic Submission of Payment Requests (DEC 2003) (10 U.S.C. 2227). Parties responding to this RFP may submit their proposal/quote in accordance with their standard commercial practices and must include the following information: 1) Company?s complete mailing and remittance addresses, discounts for prompt payment, if any (e.g. 1% 10 days), the company?s CAGE code, Dun & Bradstreet Number, and Taxpayer ID number. QUOTES MUST BE RECEIVED NO LATER THAN 12:00 AM, LOCAL TIME 23 June 2006. Offers/Proposal will be accepted via e-mail (evelyn.atienza@navy.mil) or via fax (619-532-2347) to the attention of Evelyn Atienza. Mailed documents will not be accepted.
 
Web Link
Click here for FISC San Diego business opportunities
(http://www.sd.fisc.navy.mil)
 
Record
SN01069751-W 20060616/060614222134 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.